TABLE OF CONTENTS - City of Bayswater Homepage | · Web viewRetro reflective sheeting on the...

46
REQUEST FOR TENDER Request for Tender (RFT) Traffic Management for Road Works Deadline: Tuesday, 29 November 2016 4.00pm Address for Delivery: City of Bayswater Civic Centre, 61 Broun Avenue, Morley WA 6062 [NOTE: ELECTRONIC MAIL AND FACSIMILE TENDERS WILL NOT BE ACCEPTED] RFT Number: 8-2016

Transcript of TABLE OF CONTENTS - City of Bayswater Homepage | · Web viewRetro reflective sheeting on the...

Page 1: TABLE OF CONTENTS - City of Bayswater Homepage | · Web viewRetro reflective sheeting on the rails shall be minimum Class 2 in accordance with AS/NZS 1906.1. Trestles supporting the

REQUEST FOR TENDER

Request for Tender (RFT) Traffic Management for Road Works

Deadline: Tuesday, 29 November 20164.00pm

Address for Delivery:City of Bayswater Civic Centre,

61 Broun Avenue, Morley WA 6062[NOTE: ELECTRONIC MAIL AND FACSIMILE

TENDERS WILL NOT BE ACCEPTED]

RFT Number: 8-2016

Page 2: TABLE OF CONTENTS - City of Bayswater Homepage | · Web viewRetro reflective sheeting on the rails shall be minimum Class 2 in accordance with AS/NZS 1906.1. Trestles supporting the

PART 1 READ AND KEEP THIS PART

Table of Contents1 PRINCIPAL’S REQUEST 1

1.1 CONTRACT REQUIREMENTS IN BRIEF 11.2 TENDER DOCUMENTS 11.3 DEFINITIONS 11.4 HOW TO PREPARE YOUR TENDER 11.5 CONTACT PERSONS 21.6 PRE QUALIFICATION REQUIREMENTS 21.7 IN-HOUSE BIDS DO NOT APPLY 21.8 EVALUATION PROCESS 21.9 SELECTION CRITERIA 21.10 QUALITATIVE CRITERIA 21.11 TENDER EVALUATION CONSIDERATIONS 21.12 PRICE BASIS 21.12.1 Rates to be Fixed for Eighteen Months 21.12.2 Goods and Services Tax (GST) 31.12.3 Sundry Charges to be Included 3

1.13 CONDITIONS OF TENDERING 31.13.1 Lodgement of Tenders and Delivery Method 31.13.2 Rejection of Tenders 31.13.3 Late Tenders 31.13.4 Acceptance of Tenders 31.13.5 Disclosure of Contract Information 31.13.6 Alternative Tenders 31.13.7 Tender Validity Period 31.13.8 General Conditions of Contract 41.13.9 Precedence of Documents 41.13.10 Tenderers to be Informed 41.13.11 Alterations 41.13.12 Risk Assessment 41.13.13 Ownership of Tenders 41.13.14 Canvassing of Officials 41.13.15 Identity of the Tenderer 41.13.16 Tender Opening 41.13.17 Tender award 5

2 TECHNICAL SPECIFICATION AND SCOPE OF WORK 6

2.1 INTRODUCTION 62.2 SPECIFIC REQUIREMENTS OF THE CONTRACT 62.2.1 Two and/or Three Person Crew 62.2.2 Additional Operators 62.2.3 Hours of Operation 62.2.4 Trailer Mounted Flashing Arrow Boards 62.2.5 Trailer Mounted Lighting Towers 62.2.6 Applicable Standards 62.2.7 Training of Traffic Controllers 72.2.8 Outer Garments to be Marked with Role of each Traffic Controller 72.2.9 Positioning of Traffic Controllers 72.2.10 Night and Low Light Illumination 72.2.11 Daily Record of Activities and Observations 7

Tender No. 6-2016 - Adhoc Tree Pruning and Associated Services i

Page 3: TABLE OF CONTENTS - City of Bayswater Homepage | · Web viewRetro reflective sheeting on the rails shall be minimum Class 2 in accordance with AS/NZS 1906.1. Trestles supporting the

PART 1 READ AND KEEP THIS PART

2.2.12 Radio Communications 72.2.13 Safety Clothing to Meet Australian Standards 72.2.14 Opening of Completed Work 72.2.15 Set Out of Traffic Control Devices 82.2.16 Maintenance of Traffic Control Devices 82.2.17 Traffic Control Devices to be Adequate and Appropriate for the Situation 82.2.18 Signs 82.2.19 Flashing Arrow Signs 82.2.20 Barrier Boards 82.2.21 Cones and Bollards 82.2.22 Traffic Warning Lamps 82.2.23 Traffic Signals 92.2.24 Traffic Management Plans 9

3 SPECIAL CONDITIONS OF CONTRACT 10

3.1 PERIOD OF CONTRACT AND TERMINATION 103.2 INSURANCES 103.3 RECORD KEEPING AND RELEASE OF INFORMATION OBLIGATIONS OF

CONTRACTORS 103.4 RESPONSE TIMES 103.5 DISRUPTION TO THE PUBLIC 103.6 DEMEANOUR 103.7 FINAL INSPECTION 113.8 CONTRACTOR TO TAKE ALL REASONABLE CARE 113.8.1 Contractor’s Management of Occupational Health and Safety 113.8.2 Occupation of Site and Damage to Property 113.9 SUBCONTRACTORS 113.10 MATERIALS TO BE FIT FOR PURPOSE 113.11 ACCESS TO SITE AND HOURS OF WORK 113.12 START DATE 113.13 PAYMENTS 114 TENDERER’S OFFER 13

4.1 OFFER FORM 134.2 TENDERER’S RESPONSE 144.2.1 Organisational Profile 144.2.2 Referees 144.2.3 Agents 144.2.4 Trusts 144.2.5 Subcontractors 144.2.6 Conflicts Of Interest 154.2.7 Financial Position 154.2.8 Insurance Coverage 154.3 COMPLIANCE CRITERIA 154.4 QUALITATIVE CRITERIA 164.5 PRICE DISCOUNTS 164.6 Schedule of Rates – PART A (Crew Rates) 174.7 Schedule of Rates – PART B (Additional Equipment) 18

Tender No. 8-2016 - Traffic Management for Road Works ii

Page 4: TABLE OF CONTENTS - City of Bayswater Homepage | · Web viewRetro reflective sheeting on the rails shall be minimum Class 2 in accordance with AS/NZS 1906.1. Trestles supporting the

PART 1 READ AND KEEP THIS PART

Tender No. 8-2016 - Traffic Management for Road Works iii

Page 5: TABLE OF CONTENTS - City of Bayswater Homepage | · Web viewRetro reflective sheeting on the rails shall be minimum Class 2 in accordance with AS/NZS 1906.1. Trestles supporting the

PART 1 READ AND KEEP THIS PART

1 PRINCIPAL’S REQUEST1.1 CONTRACT REQUIREMENTS IN BRIEFThe City of Bayswater (‘the City’) is located 8 kilometres from the Perth CBD, and has a population of 55,000 residing within the precincts of Bayswater, Maylands, Noranda, Morley and Embleton.

The City of Bayswater is seeking a suitably qualified and experienced contractor to carry out Traffic Management Services at various locations for the City of Bayswater for an eighteen month period (January 2017 to 30 June 2018).

The work to be executed under this Specification consists of all work necessary to provide for the safe movement of traffic and the protection of persons and property through and/or around the work sites for the City.

The extent of work includes the installation, maintenance and removal of temporary traffic control devices, controllers, signposting, lights, barriers and any other items required. All temporary traffic arrangements required by works under this Contract are included under this Specification.

The majority of work is carried out during weekdays and in normal working hours. Night work are required from time to time, and some weekend work will also be required and the contractor will be expected to be available at all times for emergency callouts.

A full statement of the requirements is in the Specification.

1.2 TENDER DOCUMENTSThis Request for Tender comprises:

(a) Part 1 – Principal’s Request

(b) Part 2 – Technical Specification and Scope

(c) Part 3 - Special Conditions of Contract

(d) Part 4 – Tenderer’s Offer (complete and return this part);

General Conditions of Contract (available on the City's website at (www.bayswater.wa.gov.au).

1.3 DEFINITIONSBelow is a summary of some of the important defined terms used in this Request:

Contractor: The person or persons, corporation or corporations whose Tender is accepted by the Principal for the work set out in this Request for Tender, and includes the executors or administrators, successors and assigns of such person or persons, corporation or corporations.

General Conditions of Contract:

The General Conditions of Contract issued separately (download from the City of Bayswater website). These apply to all projects.

Principal: City of Bayswater (‘the City’).

Principal's Representative:

The City of Bayswater Officer who will be overseeing the project on a day-to-day basis, who shall be the Senior Parks Coordinator.

Special Conditions: Project specific contractual terms.

Specification: The statement of Requirements that the Principal requests you to provide if selected.

Tender: Completed Offer form, including the response to the Selection Criteria and Attachments.

Tenderer: Someone who has or intends to submit an Offer to the Principal.

1.4 HOW TO PREPARE YOUR TENDER(a) Carefully read all parts of this document.(b) Ensure you understand the Requirements.(c) Complete and return the Offer (Part 4) in all respects and include all Attachments.(d) Make sure you have signed the Offer Form and responded to all of the Selection Criteria.

Tender No. 8-2016 - Traffic Management for Road Works 1

Page 6: TABLE OF CONTENTS - City of Bayswater Homepage | · Web viewRetro reflective sheeting on the rails shall be minimum Class 2 in accordance with AS/NZS 1906.1. Trestles supporting the

PART 1 READ AND KEEP THIS PART

(e) Lodge your Tender before the Deadline.

1.5 CONTACT PERSONSTenderers should not rely on any information provided by any person(s) other than those listed below:

Contractual and Specification issues:Name: George Rimpas

Manager Engineering Services(Principal's Representative)

Telephone: 08 9272 0651Facsimile: 08 9272 0665Email: [email protected]

1.6 PRE QUALIFICATION REQUIREMENTS There are no pre-qualifications for this Request to Tender.

1.7 IN-HOUSE BIDS DO NOT APPLYThe City of Bayswater is not competitively tendering for this service.

1.8 EVALUATION PROCESSYour Tender will be evaluated using information provided in your Tender.

The following evaluation methodology will be used in respect of this Request:

(a) Tenders are checked for completeness and compliance. Tenders that do not contain all information requested (e.g. completed Offer form and Attachments) may be excluded from evaluation.

(b) Tenders are assessed against the Selection Criteria. Tender prices are evaluated, including application of the unit prices against estimated quantities.

(c) The most suitable Tenderers may be short listed and may also be required to clarify their Tender, attend pre-award meetings or demonstrate their ability to perform the work. Referees may also be contacted prior to the selection of the successful Tenderer.

1.9 SELECTION CRITERIAA scoring system will be used in the assessment of the qualitative criteria. Unless otherwise stated, a Tender that provides all the information requested will be assessed as satisfactory. The extent to which a Tender demonstrates greater satisfaction of each of these criteria will result in the actual score. The aggregate score of each Tender will then be applied to final assessment.

1.10 QUALITATIVE CRITERIAIn determining the most advantageous Tender, the Evaluation Panel will score each Tender against the qualitative criteria as detailed within this document. Each criterion will be weighted to indicate the relative degree of importance that the Principal places on it.

It is essential that Tenderers address each qualitative criterion. The information provided addressing each qualitative criterion will be point scored by the Evaluation Panel using structured worksheets.

Failure to provide the specified information may result in elimination from the tender evaluation process or a low score.

1.11 TENDER EVALUATION CONSIDERATIONSThe tender assessment will result in an overall score based on the schedules of rates and the qualitative criteria. The Tender containing the lowest rates will not necessarily be accepted, nor will the Tender ranked the highest on the qualitative criteria.

1.12 PRICE BASIS

1.12.1 Rates to be Fixed for Eighteen Months The rates are to be fixed for the eighteen (18) months of the contract.

Tender No. 8-2016 - Traffic Management for Road Works 2

Page 7: TABLE OF CONTENTS - City of Bayswater Homepage | · Web viewRetro reflective sheeting on the rails shall be minimum Class 2 in accordance with AS/NZS 1906.1. Trestles supporting the

PART 1 READ AND KEEP THIS PART

1.12.2 Goods and Services Tax (GST)The tender schedules must clearly show a separate item for GST.

1.12.3 Sundry Charges to be IncludedTender prices must include all applicable levies, duties, taxes and charges. Any charge not stated in the Tender as being additional will not be allowed as a charge for any transaction under any resultant Contract.

1.13 CONDITIONS OF TENDERING

1.13.1 Lodgement of Tenders and Delivery MethodThe Tender must be lodged by the Deadline. The Deadline for this Request is 4.00 pm (WA Standard Time] on Tuesday, 29 November 2016. The Tender is to be:

(a) placed in a sealed envelope clearly endorsed with the tender number and title as shown on the front cover of this Request; and

(b) delivered by hand and placed in the Tender Box at the City of Bayswater Civic Centre, 61  Broun Avenue Morley 6062 (by the Tenderer or the Tenderer’s private agent) or posted to the Chief Executive Officer at the above address.

Electronic mail Tenders and Tenders submitted by facsimile will not be accepted.

Tenderers must ensure that they have provided two signed copies of their Tender (one to be marked “ORIGINAL” and bound, the other to be marked “COPY”. Any brochures or pamphlets must be attached to both the original and the copies. The “Original” is to be bound, and the “Copy” should be unbound and clipped (not stapled.

1.13.2 Rejection of TendersA Tender will be rejected without consideration of its merits in the event that:

(a) it is not submitted before the Deadline; or

(b) it is not submitted at the place specified in the Request; or

(c) it fails to comply with any other requirements of the Request.

1.13.3 Late TendersTenders received after the Deadline or in a place other than that stipulated in this Request will not be accepted for evaluation.

1.13.4 Acceptance of TendersTenders will only be considered for the whole of the works

1.13.5 Disclosure of Contract InformationDocuments and other information relevant to the contract may be disclosed when required by law under the Freedom of Information Act 1992 or under a Court order.All Tenderers will be given particulars of the successful Tenderer(s) or advising that no Tender was accepted.

1.13.6 Alternative TendersAll Alternative Tenders must be accompanied by a conforming Tender.

Tenders submitted as Alternative Tenders or made subject to conditions other than the General and Special Conditions of Contract must in all cases arising be clearly marked “ALTERNATIVE TENDER”.The Principal may in its absolute discretion reject any Alternative Tender as invalid.

1.13.7 Tender Validity PeriodAll Tenders will remain valid and open for acceptance for a minimum period of thirty(30) days from the Deadline or forty-five (45) days from the Council’s resolution for determining the Tender, whichever is the later unless extended on mutual agreement between the Principal and the Tenderer in writing.

Tender No. 8-2016 - Traffic Management for Road Works 3

Page 8: TABLE OF CONTENTS - City of Bayswater Homepage | · Web viewRetro reflective sheeting on the rails shall be minimum Class 2 in accordance with AS/NZS 1906.1. Trestles supporting the

PART 1 READ AND KEEP THIS PART

1.13.8 General Conditions of ContractTenders will be deemed to have been made on the basis of and to incorporate the General Conditions of Contract (Minor Works) available for download from the City's website under the Tenders section.

1.13.9 Precedence of DocumentsIn the event of there being any conflict or inconsistency between the terms and conditions in this Request and those in the General Conditions of Contract (Minor Works) (available on the City's website at www.bayswater.wa.gov.au), the terms and conditions appearing in this Request will have precedence.

1.13.10 Tenderers to be InformedTenderers will be deemed to have:

(a) examined the Request and any other information available in writing to Tenderers for the purpose of tendering;

(b) examined all further information relevant to the risks, contingencies, and other circumstances having an effect on their Tender which is obtainable by the making of reasonable enquiries;

(c) satisfied themselves as to the correctness and sufficiency of their Tenders including tendered prices which will be deemed to cover the cost of complying with all the Conditions of Tendering and of all matters and things necessary for the due and proper performance and completion of the contract;

(d) acknowledged that the Principal may enter into negotiations with a chosen Tenderer and that negotiations are to be carried out in good faith; and

(e) satisfied themselves they have a full set of the Request documents and all relevant attachments.

1.13.11 AlterationsThe Tenderer must not alter or add to the request documents unless required by these conditions of tendering.

The Principal will issue an addendum to all registered tenderers where matters of significance make it necessary to amend or supplement the issued request documents before the deadline.

1.13.12 Risk AssessmentThe Principal may have access to and give consideration to any risk assessment undertaken by Dun and Bradstreet or any other credit rating agency and any information produced by a bank, financial institution, or accountant of a Tenderer so as to assess that tender and may consider such materials in the tender assessment.

1.13.13 Ownership of TendersAll documents, materials, articles and information submitted by the Tenderer as part of or in support of a tender will become upon submission the absolute property of the Principal and will not be returned to the Tenderer at the conclusion of the tender process provided that the Tenderer be entitled to retain copyright and other intellectual property rights therein, unless otherwise provided by the contract.

1.13.14 Canvassing of OfficialsIf a Tenderer, whether personally or by an agent, canvasses any of the Principal’s Councillors or Officers with a view to influencing the acceptance of any tender made by it or any other Tenderer, then regardless of such canvassing having any influence on the acceptance of such tender, the Principal may at its absolute discretion omit the Tenderer from consideration.

1.13.15 Identity of the TendererThe identity of the Tenderer and the Contractor is fundamental to the Principal. The Tenderer will be the person, persons, corporation or corporations named as the Tenderer in Part 4 and whose execution appears on the Offer Form in Part 4 of this Request. Upon acceptance of the Tender, the Tenderer will become the Contractor.

1.13.16 Tender OpeningTenders will be opened in the Principal’s offices, following the advertised deadline. All Tenderers and members of the public may attend or be represented at the opening of Tenders.

The names of the persons who submitted a Tender by the due deadline will be read out at the tender opening. No discussions will be entered into between Tenderers and the Principal’s officers present or otherwise, concerning the Tenders submitted.

Tender No. 8-2016 - Traffic Management for Road Works 4

Page 9: TABLE OF CONTENTS - City of Bayswater Homepage | · Web viewRetro reflective sheeting on the rails shall be minimum Class 2 in accordance with AS/NZS 1906.1. Trestles supporting the

PART 1 READ AND KEEP THIS PART

1.13.17 Tender awardNo tender shall be regarded as awarded until formal notification of such by way of a Letter of Award from the City of Bayswater, which will be followed by the formal agreement.

Tender No. 8-2016 - Traffic Management for Road Works 5

Page 10: TABLE OF CONTENTS - City of Bayswater Homepage | · Web viewRetro reflective sheeting on the rails shall be minimum Class 2 in accordance with AS/NZS 1906.1. Trestles supporting the

PART 2 READ AND KEEP THIS PART

2 TECHNICAL SPECIFICATION AND SCOPE OF WORK2.1 INTRODUCTIONThe City has two sections within its Technical Services Division: Engineering Services and Parks and Gardens. Works may also include other sections of Building and Recreation from time to time.

This tender is for all teams, and any other areas of operation within the City, as required from time to time. It should be noted that the contractor will have to be registered with Main Roads WA as part of the introduced RTMC Registration Scheme. Failure to obtain and maintain registration shall deem the contract null and void and the contract will be terminated without dispensation or compensation.

2.2 SPECIFIC REQUIREMENTS OF THE CONTRACT

2.2.1 Two and/or Three Person CrewThe City’s normal requirement will be for traffic control crews comprising two and/or three suitably trained operators, one late model light utility vehicle, white in colour, fitted out to Main Roads standards (two-way radio and roof mounted flashing lights) and all necessary signs and cones.

2.2.2 Additional OperatorsAdditional operators will be required according to the nature of the task.

2.2.3 Hours of OperationThe City’s works programmes are carried out during normal working hours, and it is anticipated that the majority of traffic management requirements will fall within these hours. However, some night work is required from time to time, i.e. resurfacing of some major arterial roads, traffic accident clearances and emergency road repairs, storm damage etc.

2.2.4 Trailer Mounted Flashing Arrow BoardsTrailer mounted flashing arrow boards will be carried for most jobs.

2.2.5 Trailer Mounted Lighting TowersTrailer mounted for night works.

2.2.6 Applicable Standards(a) Traffic ControlThe Contractor shall provide traffic control in accordance with Australian Standard 1742.3-2009 and Main Roads WA publication “Traffic Management for Roadworks: Code of Practice 2015”, including any revisions that occur during the contract period.

(b) Other applicable Australian StandardsAS 1165 - Traffic hazard warning lamps

AS 1742.3 - Traffic control devices for works on roads

AS 1742.14 - Traffic signals

AS 1743 - Road signs specifications

AS 1744 - Standard alphabets for road signs

AS/NZS 1906.1 Retro reflective materials.

AS/NZS 1906.4 High visibility materials for safety garments.

AS 4191 Portable traffic signal systems

AS/NZS 4192 Illuminated flashing arrow signs

AS 1842.3 and SAA HB81 Field guides for traffic control at works on roads

Tender No. 8-2016 - Traffic Management for Road Works 6

Page 11: TABLE OF CONTENTS - City of Bayswater Homepage | · Web viewRetro reflective sheeting on the rails shall be minimum Class 2 in accordance with AS/NZS 1906.1. Trestles supporting the

PART 2 READ AND KEEP THIS PART

2.2.7 Training of Traffic ControllersThe Contractor shall advise the Superintendent of the names of proposed traffic controllers with a signed declaration that they are appropriately trained in the duties of traffic controllers in accordance with AS 1742.3 and the Main Roads Code of Practice.

Where eight or more traffic controllers are required on a single worksite, the site shall have an Advanced Worksite Traffic Management (AWTM) holder onsite at all times.

All works of a complex nature as defined within section 5.2.2 of the Main Roads Code of Practice shall have and AWTM holder onsite at all times.

2.2.8 Outer Garments to be Marked with Role of each Traffic ControllerAuthorised traffic controllers shall have distinguishing marks on their outer garment that clearly indicates their roles and authority.

2.2.9 Positioning of Traffic ControllersIn addition to the requirements of AS 1742.3 and the Main Roads Code of Practice, a traffic controller shall remain at the head of each traffic queue while it is halted. If there is the possibility of approaching vehicles colliding with the tail of the queue because of restricted sight distance, or of drivers queue jumping because they cannot see the traffic controller at the head of the queue, then an additional traffic controller shall be placed at the tail end of the queue.

2.2.10 Night and Low Light IlluminationAt night, and in poor light, the traffic controller shall use an illuminated red cone wand (torch) with a minimum capacity of 30,000 candela to control traffic.

The Superintendent may direct that the traffic controller and the work area adjacent be illuminated by flood lighting. The flood lighting shall be positioned above the work area and shall be directed downwards and slightly inclined to illuminate the face of the STOP/SLOW bat. The cost of providing flood lighting shall be borne by the City.

2.2.11 Daily Record of Activities and ObservationsTraffic Controllers are required to fill out ‘Worksite Diary’ sheets and submit them to the Superintendent at the end of each day. The Worksite Diary sheet shall be filled out in the morning and in the afternoon of each day as a minimum requirement for each project. The objective of the Worksite Diary is to record the condition of the site with respect to the requirements of this tender.

2.2.12 Radio CommunicationsEach traffic controller shall be equipped at all times with hand held 40 channel UHF radio equipment to allow for communication to plant operators and other traffic controllers on the site.

2.2.13 Safety Clothing to Meet Australian StandardsIn addition to the requirements of AS 1742.3, Main Roads Code of Practice and the requirements contained in clause 2.2.8, the following requirements shall apply to all personnel working in close proximity to traffic:

(a) Safety VestRed/Green close weave fluorescent safety vests shall be worn which comply with AS/NZS 1906.4 for high visibility materials for outdoor daytime use (‘Class D’) and for night conditions, safety vests shall have retro-reflective silver marking tape to comply with AS/NZS 1906.4 (“Class N”)

(b) Wet Weather ClothingAll wet weather clothing shall be made of fluorescent red, orange or yellow material. Under night conditions the clothing shall have reflective silver marking tape, complying with AS/NZS 1906.4 (“Class N”).

2.2.14 Opening of Completed WorkThe Contractor shall be responsible for the removal of all temporary traffic control devices and supports/anchors/sandbags etc. which are no longer required for the safety of traffic, when the Works or part thereof are opened to traffic.

Tender No. 8-2016 - Traffic Management for Road Works 7

Page 12: TABLE OF CONTENTS - City of Bayswater Homepage | · Web viewRetro reflective sheeting on the rails shall be minimum Class 2 in accordance with AS/NZS 1906.1. Trestles supporting the

PART 2 READ AND KEEP THIS PART

2.2.15 Set Out of Traffic Control DevicesThe arrangement and placement of traffic control devices shall be carried out in accordance with the approved Worksite Traffic Control plan, AS 1742.3 and Main Roads WA “Traffic Management for Roadworks, Code of Practice”. The arrangement diagrams illustrate the more common examples of the arrangement of traffic control devices and set out the minimum requirements.

All temporary traffic control devices when no longer required shall be covered and/or removed without delay in order to maintain unambiguous safe guidance to traffic.

2.2.16 Maintenance of Traffic Control DevicesAll traffic control devices shall be maintained in accordance with AS 1742.3 so that they are in good order and in the correct positions day and night. They shall be neat and clean, and signs shall be clear and legible at all times.

The Contractor may need to be contacted outside normal working hours to arrange for adjustments or maintenance of traffic control devices. The Contractor shall notify the Superintendent and the local Police, in writing, the names, addresses, and means of communicating with personnel nominated for this purpose.

2.2.17 Traffic Control Devices to be Adequate and Appropriate for the SituationWhere the Contractor fails to provide and maintain adequate traffic control devices specified in this Specification, the Superintendent shall obtain these from other sources or elect to suspend works until adequate traffic control devices have been provided for by the Contractor.

The cost of providing and maintaining adequate traffic control devices arranged by the Superintendent shall be borne by the Contractor and the cost thereof deducted from progress payments made by the City

2.2.18 SignsSigns shall be designed and manufactured in accordance with AS 1743. Details of each letter shall be as shown in AS 1744. The reflective material used on signs shall be Class 2 material complying with AS 1906.1 except where otherwise specified. The minimum size of sign and the class of reflective sheeting shall be in accordance with the relevant Australian Standards and as directed by the Superintendent. Signs required for planned night work shall have Class 1 retro reflective backgrounds or shall be floodlit as directed by the Superintendent in accordance with the requirements for night conditions in AS 1742.3.

Signs are to be maintained in a clean, legible and orderly manner and be securely anchored and upright at all times.

2.2.19 Flashing Arrow SignsFlashing arrow signs shall comply with the requirements of AS/NZS 4192 and be installed in accordance with AS 1742.3 and SAA HB81.

2.2.20 Barrier BoardsBarrier boards shall comply with the requirements of AS1742.3.

Retro reflective sheeting on the rails shall be minimum Class 2 in accordance with AS/NZS 1906.1.

Trestles supporting the barrier boards may be manufactured of timber, metal or other suitable material and shall be yellow. The trestles shall provide firm supports for the barrier board and be kept in place by concrete blocks, sandbags or other devices. The bases of the trestles shall not protrude beyond the ends of the boards.

Barrier boards or trestles shall enable mounting of traffic warning lamps.

2.2.21 Cones and BollardsTraffic cones and bollards shall comply with the requirements of AS1742.3. Unless cones are firmly fixed in position they shall be used only while work is in progress, or in locations where there is an employee in attendance who shall reinstate any of the cones which have been dislodged by traffic. Otherwise they shall be removed and bollards or barriers substituted.

Cones and bollards used under night conditions shall be reflectorised in accordance with AS1742.3.

2.2.22 Traffic Warning LampsTraffic warning lamps shall comply with AS 1165 and shall be installed in accordance with AS 1742.3. The Contractor shall ensure that warning lamps are in good working order, correctly aligned and positioned with respect to the direction of traffic flow each night, before the site is left unattended.

Tender No. 8-2016 - Traffic Management for Road Works 8

Page 13: TABLE OF CONTENTS - City of Bayswater Homepage | · Web viewRetro reflective sheeting on the rails shall be minimum Class 2 in accordance with AS/NZS 1906.1. Trestles supporting the

PART 2 READ AND KEEP THIS PART

2.2.23 Traffic SignalsTraffic Signals may be either portable or temporary, in accordance with AS 1742.3

(a) Portable Traffic SignalsPortable traffic signals may be used for shuttle control where a single lane has to be used alternately by traffic from opposite directions or at road crossings or intersections. They are intended for relatively short-term applications.

Where the Contractor proposes to use portable traffic signals they shall be in accordance with AS 4191.

Approval of the Superintendent shall be sought prior to implementation, and written application is required through the Superintendent one week in advance of action to employ such traffic signals.

(b) Temporary Fixed Traffic SignalsTemporary fixed traffic signals may be used in accordance with AS 1742.3 for longer term shuttle operations or for non-shuttle control of intersecting traffic flows.

Where the Contractor proposes to use temporary fixed traffic signals they shall be designed and installed in accordance with AS 1742.14.

Approval of the Superintendent shall be sought prior to implementation, and written application is required through the Superintendent one week in advance of action to employ such traffic signals.

2.2.24 Traffic Management PlansWhere as requested by the City of Bayswater, Traffic Management Plans shall be prepared by the contractor and charged as per schedule of rates based on a reasonably agreed allocation of time and shall include the presentation of the plan to the City for its record. Plans will mostly be required for complex designs and night works. Where generic plans are utilised and complex plans on a repetitive basis, no extra costs shall apply and shall be included as part of "crew rates".

Tender No. 8-2016 - Traffic Management for Road Works 9

Page 14: TABLE OF CONTENTS - City of Bayswater Homepage | · Web viewRetro reflective sheeting on the rails shall be minimum Class 2 in accordance with AS/NZS 1906.1. Trestles supporting the

PART 3 READ AND KEEP THIS PART

3 SPECIAL CONDITIONS OF CONTRACT3.1 PERIOD OF CONTRACT AND TERMINATIONThis contract shall be for an eighteen (18) month period. The contract shall be for the period January 2017 to 30 June 2018.

Unless otherwise indicated prices tendered shall include all applicable levies, duties, taxes and charges. Any charge not stated in the Tender, as being additional will not be allowed as a charge for any transaction under any resultant Contract.

3.2 INSURANCESThe Contractor and its subcontractor(s) (if any) will be required to effect and maintain the insurance policies referred to in the General Conditions of Contract in the following sums:

(a) Public liability insurance in the sum of at least $10,000,000 in respect of any one occurrence and for an unlimited number of claims.

(b) Workers Compensation cover as required under the Workers Compensation and Injury Management Act 1981 and unlimited Common Law.

3.3 RECORD KEEPING AND RELEASE OF INFORMATION OBLIGATIONS OF CONTRACTORS

Under the State Records Act 2000, a state record is defined as any record of information (in any form) created, received or maintained by a government organisation or parliamentary department in the course of conducting its business activities. In accordance with this Act, all government organisations are required to create and implement a record keeping plan which describes how their records are maintained.

Procurement and contract documentation is required to be maintained for a period of six years in accordance with the City of Bayswater’s record keeping plan.

A condition of being awarded the contract is that the tenderer agrees to maintain all records relating to all contract dealings for a period of six years from cessation of the contract, and to make such information readily available to the City of Bayswater where requested during that period for the purposes of complying with the Act, and or for the purposes of any claims of damages whatsoever and to supply information within seven (7) days upon request by the City of Bayswater or its representatives and or authorised legal representative. The contractor shall attend any court or arbitration hearings as required.

3.4 RESPONSE TIMESThe Contract will be on a “preferred supplier” basis, and time will be of the essence with the majority of the requests. Should the Contractor not be able to meet the response times required, the City reserves the right to complete the project by any other means, including engaging other companies.

3.5 DISRUPTION TO THE PUBLICAll operations should be carried out so as to minimise disruption to traffic flows as far as practicable, and to avoid use and occupation of footpaths and adjoining private properties. At all times, the Contractor shall provide safe and convenient passage for vehicles, pedestrians and stock to and from side roads and property accesses connecting to the roadway.

3.6 DEMEANOURTraffic Controllers are to behave in a professional and socially acceptable manner at all times.

Foul language and/or shouting at anyone or anything whilst on the job will not be accepted or tolerated. The Superintendent may exercise discretion to remove a traffic controller(s) from site if this behaviour is observed and the Contractor will replace the Traffic Controllers with other ticketed personnel within two hours.

Should the Contractor fail to replace any Traffic Controller at the request of the Superintendent, the City may elect to source replacement traffic controllers by any other means.

Any costs borne by the City as a result of any such replacement of Traffic Controllers will be passed onto the Contractor.

Tender No. 8-2016 - Traffic Management for Road Works 10

Page 15: TABLE OF CONTENTS - City of Bayswater Homepage | · Web viewRetro reflective sheeting on the rails shall be minimum Class 2 in accordance with AS/NZS 1906.1. Trestles supporting the

PART 3 READ AND KEEP THIS PART

3.7 FINAL INSPECTIONAll workmanship shall be completed in accordance with the Specification and relevant Standards and final payment will be subject to final inspection by the Superintendent.

3.8 CONTRACTOR TO TAKE ALL REASONABLE CAREThe Contractor will be expected to perform the services with the due care, diligence and skill reasonably expected of a person or persons providing services of the kind described in the Contract, and are also expected to have the necessary skills, personnel and equipment to adequately perform the works. The Superintendent is to be supplied with the names of such sub-contractors prior to the use of their services to ensure they meet the City’s requirements

3.8.1 Contractor’s Management of Occupational Health and Safety The Contractor will be required to work in accordance with the City’s Occupational Health and Safety requirements. A detailed Occupational Health and Safety (OHS) procedure is available on request from the Project Officer. The Contractor is also required to comply with the City’s “Working in Isolation” procedure if only one worker is on site. Details of the procedure are also available on request.

3.8.2 Occupation of Site and Damage to PropertyThe Contractor shall occupy only such portions of the site as are necessary to manage traffic flows and provide a safe working area in accordance with the Standards. Care must be taken to avoid damage to grounds, buildings, paths, kerbing, roadways, fences or any other property, landscaping trees or plants. Any damages caused by the contractor shall be corrected at the Contractor’s expense.

3.9 SUBCONTRACTORSIt is acknowledged that at times the use of sub-contractors may be required. Details of intended subcontractors are required, as stipulated in section 3.1.5, and final approval of any nominated sub-contractor is at the discretion of the Project officer. At all times, it is expected that subcontractors will have the same level of expertise and equipment as would otherwise be required of the Contractor.

3.10 MATERIALS TO BE FIT FOR PURPOSEGoods or materials supplied by the Contractor must be of good quality and fit for their intended purpose.

3.11 ACCESS TO SITE AND HOURS OF WORKA pre-start briefing will be held with the Contractor to arrange the details of each job.

All works covered in this specification / scope of works must be carried out during the hours requested by the Superintendent.

3.12 START DATEThe Contract will commence from date of Letter of Award, however no work is not to commence until the Superintendent gives authorisation.

3.13 PAYMENTSThe City of Bayswater shall pay to the Contractor the amount of the task either at the completion of the job or as progress payments throughout the project dependant whichever method is agreed to prior to start of work. The following provisions will apply

3.13.1 Single PaymentPayments for works contained in the quotation and associated Contract will be made in one single amount, payable at the successful completion of the works as described in the Scope of works /Service Contract, including materials, labour and other sub-contractors / servicing agent’s fees.

Payment will only be authorised following a final Inspection undertaken by the City’s authorised representative/Project Office in conjunction with the Contractors to ensure that works are completed to a appropriated standard and the following information is received

(a) `Receipt of a payment claim form from the Contractor, which must include ABN number, itemised job cost and GST

Tender No. 8-2016 - Traffic Management for Road Works 11

Page 16: TABLE OF CONTENTS - City of Bayswater Homepage | · Web viewRetro reflective sheeting on the rails shall be minimum Class 2 in accordance with AS/NZS 1906.1. Trestles supporting the

PART 3 READ AND KEEP THIS PART

(b) Final Inspection/Completion Form from the City’s Project Officer.

Payments will be sent at the end of each month unless prior agreement has been reached with the City of Bayswater.

3.13.2 Progress ClaimsPrior to the authorisation of a progress claim the Contract is required to provide:-

(a) A Progress Claim request on the appropriate form showing extent of works completed relative to the agreed Project Programme. Each Progress Claim Form is required to be authorised by the Superintendent.

(b) Receipt of a payment claim form from the Contractor, which must include ABN number, itemised job cost and GST

Payments will be sent at the end of each month unless prior agreement has been reached with the City of Bayswater.

3.13.3 Final Payment and InspectionFinal Payment will only be authorised following a final Inspection undertaken by the Superintendent in conjunction with the Contractor and the following information is received:-

(a) Receipt of a payment claim form from the Contractor, which must include ABN number, itemised job cost and GST

(b) Final Inspection/Completion Form from the City’s appointed Project Officer.

Payments will be sent at the end of each month unless prior agreement has been reached with the City of Bayswater.

The Tender price must include GST and include all other applicable levies, duties, taxes and charges

Tender No. 8-2016 - Traffic Management for Road Works 12

Page 17: TABLE OF CONTENTS - City of Bayswater Homepage | · Web viewRetro reflective sheeting on the rails shall be minimum Class 2 in accordance with AS/NZS 1906.1. Trestles supporting the

PART 4 PLEASE COMPLETE AND RETURN THIS PART

4 TENDERER’S OFFERSCHEDULE 1

4.1 OFFER FORMThe Chief Executive OfficerCity of Bayswater61 Broun AvenueMORLEY WA 6062

I/We (BLOCK LETTERS)of (ADDRESS)

ABN/GST Status ________________________________ACN (if any)

Telephone No: __________________________________Facsimile No:

E-mail (if any):

In response to the Request for Tender No: 8-2016 for Traffic Management for Road Works1/We agree that I am/We are bound by, and will comply with this Request and its associated schedules, attachments, all in accordance with the Conditions of Tendering contained in this Request signed and completed.

The tendered price is valid up to thirty (30) calendar days from the date of the tender closing or forty-five (45) days from the Council’s resolution for determining the Tender, whichever is the later unless extended on mutual agreement between the Principal and the Tenderer in writing.

I/We agree that there will be no cost payable by the Principal towards the preparation or submission of this Tender irrespective of its outcome.

The tendered consideration is as provided under the schedule of rates of prices in the prescribed format and submitted with this Tender.

Dated this __________ day of ______________________2016

Signature of authorised signatory of Tenderer:

Name of authorised signatory (BLOCK LETTERS):

Position:

Address:

Witness Signature:

Name of witness: (BLOCK LETTERS):

Address:

Tender No. 8-2016 - Traffic Management for Road Works 13

Page 18: TABLE OF CONTENTS - City of Bayswater Homepage | · Web viewRetro reflective sheeting on the rails shall be minimum Class 2 in accordance with AS/NZS 1906.1. Trestles supporting the

PART 4 PLEASE COMPLETE AND RETURN THIS PART

SCHEDULE 1

4.2 TENDERER’S RESPONSEThe following checklist has been provided to assist you with your submission. Where it is necessary to provide additional information please ensure that all documents are clearly marked with the relevant attachment title to assist the evaluation panel with their assessment.

(NOTE: All pages within Part 3 are to be completed and returned to the Principal as they form part of your Tender submission).

4.2.1 Organisational Profile

Attach a copy of your organisation structure and provide background information on your company and label it “Organisation Structure”.

“Organisation Structure”

Tick if attached

If companies are involved, attach their current ASC company extracts search including latest annual return and label it “ASC Company Extracts”.

“ASC Company Extracts”

Tick if attached

4.2.2 Referees

Attach details of your referees, and label it “Referees”. You should give examples of work provided for your referees where possible.

“Referees”Tick if

attached

4.2.3 AgentsAre you acting as an agent for another party? Yes / No

If Yes, attach details (including name and address) of your principal and label it “Agents”.

“Agents”Tick if

attached

4.2.4 TrustsAre you acting as a trustee of a trust? Yes / No

If Yes, in an attachment labelled “Trusts”:(a) give the name of the trust and include a copy of the trust deed (and

any related documents);and(b) if there is no trust deed, provide the names and addresses of

beneficiaries.

“Trusts”Tick if

attached

4.2.5 SubcontractorsDo you intend to subcontract any of the Requirements? Yes / No

If Yes, in an attachment labelled “Subcontractors” provide details of the subcontractor(s) including:(a) the name, address and the number of people employed; and(b) the Requirements that will be subcontracted.

“Subcontractors”

Tick if attached

Tender No. 8-2016 - Traffic Management for Road Works 14

Page 19: TABLE OF CONTENTS - City of Bayswater Homepage | · Web viewRetro reflective sheeting on the rails shall be minimum Class 2 in accordance with AS/NZS 1906.1. Trestles supporting the

PART 4 PLEASE COMPLETE AND RETURN THIS PART

4.2.6 Conflicts Of InterestWill any actual or potential conflict of interest in the performance of your obligations under the Contract exist if you are awarded the Contract, or are any such conflicts of interest likely to arise during the Contract?

Yes / No

If Yes, please supply in an attachment details of any actual or potential conflict of interest and the way in which any conflict will be dealt with and label it “Conflicts of Interest”.

“Conflicts of Interest”

Tick if attached

4.2.7 Financial PositionAre you presently able to pay all your debts in full as and when they fall due? Yes / No

Are you currently engaged in litigation as a result of which you may be liable for $50,000 or more? Yes / No

If you are awarded the Contract, will you be able to fulfil the Requirements from your own resources or from resources readily available to you and remain able to pay all of your debts in full as and when they fall due?

Yes / No

In order to demonstrate your financial ability to undertake this contract, in an attachment labelled “Financial Position” include a profit and loss statement and the latest financial return for you and each of the other proposed contracting entities, together with a list of financial referees from your bank and/or accountant.

“Financial Position”

Tick if attached

4.2.8 Insurance Coverage

The insurance requirements for this Request are stipulated in the Special Conditions. Tenderers are to supply evidence of their insurance coverage in a format as outlined below or in an attachment labelled “Insurance Coverage”. A copy of the Certificate of Currency is to be provided to the Principal prior to award of the contract.

“Insurance Coverage”

Tick if attached

Type Insurer – Broker Policy Number Value ($) Expiry Date

Public Liability

Workers Compensation at Common Law

4.3 COMPLIANCE CRITERIAPlease select with a yes or no whether you have addressed the following compliance criteria:

Description of Compliance Criteria

(a) Compliance with the Specification contained in the Request (Section 2.) Yes / No

(b) Compliance with the Conditions of Tendering. Yes / No

(c) Compliance with the relevant Australian Standards Yes / No

(d) Compliance with the Special and General Conditions of Contract Yes / No

(f) Completion of the Price Schedule Yes / No

(g) Completion of the Offer Form Yes / No

Tender No. 8-2016 - Traffic Management for Road Works 15

Page 20: TABLE OF CONTENTS - City of Bayswater Homepage | · Web viewRetro reflective sheeting on the rails shall be minimum Class 2 in accordance with AS/NZS 1906.1. Trestles supporting the

PART 4 PLEASE COMPLETE AND RETURN THIS PART

4.4 QUALITATIVE CRITERIABefore responding to the following qualitative criteria, Tenderers must note the following: All information relevant to your answers to each criterion are to be contained within your Tender; Tenderers are to assume that the City of Bayswater has no previous knowledge of your organisation,

its activities or experience; Tenderers are to provide full details for any claims, statements or examples used to address the

qualitative criteria; and Tenderers are to address each issue outlined within a qualitative criterion.

Resources and ExperienceTenderers should provide :(a) Current list of plant, equipment and associated resources(b) A summary of your industry experience, including similar contracts

for other local governments(c) Are you a RTMC under Main Roads WA?Supply details under the heading of “Resources and Experience”

Weighting15%

“Resources”Tick if

attached

Commitment to the works programmesTenderers should note that the ability to meet the response times for emergency and programmed works is crucial.Give an outline of your job scheduling, including details of how you prioritise multiple client projects, and include:(a) Your procedure for calling on backup teams or subcontractors(b) A statement of commitment for meeting the response times. Supply details under the heading of “Commitment to response times”

Weighting15%

“Commitment”Tick if

attached

4.5 PRICE DISCOUNTSAre you prepared to allow a discount for prompt settlement? Yes / No

If you are offering different discounts for different periods, or other discounts such as volume discounts, detail them in an attachment labelled “Discounts”. “Discounts”

Tick if attached

Tender No. 8-2016 - Traffic Management for Road Works 16

Page 21: TABLE OF CONTENTS - City of Bayswater Homepage | · Web viewRetro reflective sheeting on the rails shall be minimum Class 2 in accordance with AS/NZS 1906.1. Trestles supporting the

PART 4 PLEASE COMPLETE AND RETURN THIS PART

SCHEDULE 3(A)

4.6 Schedule of Rates – PART A (Crew Rates)The prices are to show GST as a separate amount. All sundries, office expenses, labour; mobilisation and demobilisation, consumables, wash down of machinery and site clean up are to be included.

Weighting70%

Description Unit Price(Excluding GST)

Price(Inclusive GST)

1

Two person crew c/w light utility vehicle fitted to MRD requirements and including signage and lights

Per hour @

Normal time

(6am – 6pm, M-F)

$________ hr

and

Minimum callout ___ hours

$________ hr

and

Minimum callout ___ hours

2 As per (1)Per hour, After hours,

6pm onwards

(M-F) and weekends

$________ hr

and

Minimum callout ___ hours

$________ hr

and

Minimum callout ___ hours

3Three person crew c/w light utility vehicle fitted to MRD requirements and including signage and lights

Per hour @

Normal Time

(6am +6pm M-F

$________ hr

and

Minimum callout ___ hours

$________ hr

and

Minimum callout ___ hours

4 As per (3) night & weekend rates

$________ hr

and

Minimum callout ___ hours

$________ hr

and

Minimum callout ___ hours

COMPANY_______________________________________

Tender No. 8-2016 - Traffic Management for Road Works 17

Page 22: TABLE OF CONTENTS - City of Bayswater Homepage | · Web viewRetro reflective sheeting on the rails shall be minimum Class 2 in accordance with AS/NZS 1906.1. Trestles supporting the

PART 4 PLEASE COMPLETE AND RETURN THIS PART

SCHEDULE 3(B)

4.7 Schedule of Rates – PART B (Additional Equipment)

Description Unit Price(IExcluding GST)

Price(Inclusive GST)

1Flashing arrow trailer, including lights (where not otherwise included in labour rates)

Per hour

$________ hr

and

Minimum callout ___ hours

$________ hr

and

Minimum callout ___ hours

2 As per (1) but on day rate Per day $______ day $______ day

3 Lighting Towers Per hour

$________ hr

and

Minimum callout ___ hours

$________ hr

and

Minimum callout ___ hours

4 As per (3) but on night rate Per day $______ day $______ day

5 Traffic Management Plans Per hour $________ hr $________ hr

COMPANY_______________________________________

Tender No. 8-2016 - Traffic Management for Road Works 18

Page 23: TABLE OF CONTENTS - City of Bayswater Homepage | · Web viewRetro reflective sheeting on the rails shall be minimum Class 2 in accordance with AS/NZS 1906.1. Trestles supporting the

PART 4 PLEASE COMPLETE AND RETURN THIS PART

SCHEDULE 4This questionnaire forms part of City of Bayswater tender evaluation process and is to be completed by contractors and submitted with their tender offer. The objective of the questionnaire is to provide an overview of the status of contractors safety management system. Contractors may be required to verify their responses noted in their questionnaire by providing evidence of their ability and capacity in relevant matters.

1 OSH Policy and Management YES NO

1.1 Is there a written company health and safety policy? If yes provide a copy of policy.

Comments

_____________________________________________

_____________________________________________

_____________________________________________

1.2 Does the company have a Management System? If yes provide details

_____________________________________________

_____________________________________________

_____________________________________________

1.3 Is the Management System audited or reviewed on a regular basis? If yes, provide details of last audit and outcomes

_____________________________________________

_____________________________________________

_____________________________________________

1.4 Is there a company organisation chart? If yes provide a copy.

Comments

_____________________________________________

_____________________________________________

_____________________________________________

1.5 Are Health and Safety responsibilities clearly identified for all employees? If yes provide details

_____________________________________________

_____________________________________________

_____________________________________________

Tender No. 8-2016 - Traffic Management for Road Works 19

Page 24: TABLE OF CONTENTS - City of Bayswater Homepage | · Web viewRetro reflective sheeting on the rails shall be minimum Class 2 in accordance with AS/NZS 1906.1. Trestles supporting the

PART 4 PLEASE COMPLETE AND RETURN THIS PART

YES NO1.6 Are line managers held accountable for health and

safety performances? If Yes provide details

_____________________________________________

_____________________________________________

2 Safe Work Practices and Procedures

2.1 Has the company prepared safe operating procedures or

specific safety instructions relevant to its operations? If yes, provide a summary listing of procedures or instructions.

Comments

_____________________________________________

_____________________________________________

_____________________________________________

2.2 Are safe operating procedures or specific safetyinstructions issued to employees? If yes, please explain how this is done

_____________________________________________

_____________________________________________

_____________________________________________

2.3 Does the company have any permit to work systems? If yes, provide a summary listing or permits.

Comments

_____________________________________________

_____________________________________________

_____________________________________________

2.4 Is there a documented incident investigation procedure? If yes, provide a copy of a standard incident report form.

2.5 Which company personnel are responsible for investigating incidents?

_____________________________________________

_____________________________________________

2.6 Do the incident reports contain prevention recommendations

Tender No. 8-2016 - Traffic Management for Road Works 20

Page 25: TABLE OF CONTENTS - City of Bayswater Homepage | · Web viewRetro reflective sheeting on the rails shall be minimum Class 2 in accordance with AS/NZS 1906.1. Trestles supporting the

PART 4 PLEASE COMPLETE AND RETURN THIS PART

YES NO2.7 Who is responsible for actioning remedial measures recommended?

_____________________________________________

_____________________________________________

_____________________________________________

2.8 Are there procedures to maintaining, inspecting and assessing the

hazards of Plant operated/owned by the company? If yes, provide details

_____________________________________________

_____________________________________________

_____________________________________________

2.9 Are there procedures to storing and handling hazardous substances? If yes, provide details

_____________________________________________

_____________________________________________

_____________________________________________

2.10 Are there procedures for assessing and controlling risks associated

with manual handling? If yes, provide details

_____________________________________________

_____________________________________________

_____________________________________________

3 Occupational Safety and Health3.1 Describe how safety and health training is conducted in your company.

_____________________________________________

_____________________________________________

_____________________________________________

3.2 Provide a summary of examples of safety and health training coursesprovided for, or undertaken by employees during the past 12 months .

_____________________________________________

_____________________________________________

_____________________________________________

Tender No. 8-2016 - Traffic Management for Road Works 21

Page 26: TABLE OF CONTENTS - City of Bayswater Homepage | · Web viewRetro reflective sheeting on the rails shall be minimum Class 2 in accordance with AS/NZS 1906.1. Trestles supporting the

PART 4 PLEASE COMPLETE AND RETURN THIS PART

YES NO3.3 Is a record maintained of all training and induction programs undertaken

for employees in your company? If yes, provide examples of safety training records.

3.4 Provide details of any company safety inductionprograms for company employees and/ or subcontractors .

_____________________________________________

_____________________________________________

_____________________________________________

4 Safety and Health Workplace Inspection

4.1 Are regular health and safety inspections at worksites undertaken? If yes, provide details

_____________________________________________

_____________________________________________

_____________________________________________

4.2 Are standard workplace inspection checklists used to conduct

health and safety inspections? If yes, provide details or examples

_____________________________________________

_____________________________________________

_____________________________________________

4.3 Who normally completes workplace safety and health inspections?

_____________________________________________

_____________________________________________

_____________________________________________

4.4 How are workplace safety and health inspection reports dealt with?

_____________________________________________

_____________________________________________

_____________________________________________

Tender No. 8-2016 - Traffic Management for Road Works 22

Page 27: TABLE OF CONTENTS - City of Bayswater Homepage | · Web viewRetro reflective sheeting on the rails shall be minimum Class 2 in accordance with AS/NZS 1906.1. Trestles supporting the

PART 4 PLEASE COMPLETE AND RETURN THIS PART

YES NO4.5 Is there a procedure by which employees can report hazards at

workplaces? If yes, provide details

_____________________________________________

_____________________________________________

_____________________________________________

5 Safety and Health Consultation

5.1 Is there a workplace safety committee? 5.2 Are there guidelines on procedures governing the safety

committee operation? _____________________________________________

_____________________________________________

_____________________________________________

5.3 Are there employee elected health and safety representatives? Comments

_____________________________________________

_____________________________________________

5.4 Is there a company safety officer? Comments

_____________________________________________

_____________________________________________

6 Safety & Health Performance Monitoring6.1 Is there a system for recording and analysing safety

performance statistics? If yes, provide details

_____________________________________________

_____________________________________________

_____________________________________________

6.2 Is safety performance on the agenda of management meetings? If yes, provide details

_____________________________________________

_____________________________________________

_____________________________________________

Tender No. 8-2016 - Traffic Management for Road Works 23

Page 28: TABLE OF CONTENTS - City of Bayswater Homepage | · Web viewRetro reflective sheeting on the rails shall be minimum Class 2 in accordance with AS/NZS 1906.1. Trestles supporting the

PART 4 PLEASE COMPLETE AND RETURN THIS PART

YES NO6.3 Is senior management involved in analysis of safety

performance statistics? If yes, provide details

_____________________________________________

_____________________________________________

_____________________________________________

6.4 Has the company ever been convicted of an occupational

health and safety offence? If yes, provide details

_____________________________________________

_____________________________________________

7.0 AS/NZS 4801 Occupational Health and Safety Management Systems

Does the company have accredited certification in

accordance with AS/NZS4801?

If yes, provide details

_____________________________________________

_____________________________________________

Tender No. 8-2016 - Traffic Management for Road Works 24

Page 29: TABLE OF CONTENTS - City of Bayswater Homepage | · Web viewRetro reflective sheeting on the rails shall be minimum Class 2 in accordance with AS/NZS 1906.1. Trestles supporting the

PART 4 PLEASE COMPLETE AND RETURN THIS PART

ATTACHMENT 2CONTRACTOR COMPANY REFERENCES

Please provide the following information for the three (3) most recent projects completed by the company.

Project Title Client Contact Phone NumberNumber of lost time injuries

Number of man days on project

Total days lost due to

injury

Certification

The information provided in this questionnaire is an accurate summary of the company’s occupational health and safety management system.

Signed: _______________________________ Date: __________________________

Name: _______________________________

(please print)

Position: _______________________________

Company: _______________________________

Tender No. 8-2016 - Traffic Management for Road Works 25

Page 30: TABLE OF CONTENTS - City of Bayswater Homepage | · Web viewRetro reflective sheeting on the rails shall be minimum Class 2 in accordance with AS/NZS 1906.1. Trestles supporting the

PART 4 PLEASE COMPLETE AND RETURN THIS PART

ATTACHMENT 3

PROJECT RISK ASSESSMENT FORM(to be submitted prior to project commencement)

CONTRACTOR:

PROJECT:

CONTRACTOR’S REPRESENTATIVE: TELEPHONE:FAX:

SIGNATURE: DATE:

SPECIFIC TASK/ACTIVITY

POTENTIAL HAZARDS CONTROL MEASURES

Note: Special task/activity must include any work involving : presence of public traffic management work restrictions (noise, work times, dusts/fumes)

Tender No. 8-2016 - Traffic Management for Road Works 26

Page 31: TABLE OF CONTENTS - City of Bayswater Homepage | · Web viewRetro reflective sheeting on the rails shall be minimum Class 2 in accordance with AS/NZS 1906.1. Trestles supporting the

PART 4 PLEASE COMPLETE AND RETURN THIS PART

ATTACHMENT 4CONTRACTOR OHS PERFORMANCE REPORT

Project Name Report for the month of:

Contractor Prepared by:

Project Number Date:

Performance Indicators

Indicator Current Month Monthly Average Total

Number of lost time injuries

Working days lost due to injury

Status of Injured Personnel and Property Damage

Days Lost Return to Work

Name/item Injury/Damage Date of incident

Current Month Total Forecast Actual

OHS Corrective Actions

Nature of Corrective Action Status Comments

Open Completed

Tender No. 8-2016 - Traffic Management for Road Works 27

Page 32: TABLE OF CONTENTS - City of Bayswater Homepage | · Web viewRetro reflective sheeting on the rails shall be minimum Class 2 in accordance with AS/NZS 1906.1. Trestles supporting the

PART 4 PLEASE COMPLETE AND RETURN THIS PART

Status of OSH Audits

Comments/Outcomes:

Comments on OSH Performance

Contract Manager:

Contractor Representative:

Tender No. 8-2016 - Traffic Management for Road Works 28